Opportunity

PPE, Workwear, Janitorial and Site Equipment Supplies Framework

  • EFFICIENCY EAST MIDLANDS LIMITED

F02: Contract notice

Notice reference: 2024/S 000-004409

Published 9 February 2024, 12:09pm



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3

Alfreton

DE55 2DS

Contact

Rosie Maltby

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

NUTS code

UKF - East Midlands (England)

Companies House

07762614

Internet address(es)

Main address

www.eem.org.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PPE, Workwear, Janitorial and Site Equipment Supplies Framework

Reference number

EEM0023

two.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

two.1.3) Type of contract

Supplies

two.1.4) Short description

Efficiency East Midlands (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. Our membership has now grown to over 340 members including organisations providing services to the whole public sector including housing associations, local authorities, NHS Trusts, Education Providers and Emergency Services.

EEM will be conducting a tender exercise for the renewal of our existing PPE and Site Equipment (EEM0023) which will expire in 2024.

The Framework agreement will be for a period of 48 months and is expected to run from 3rd June 2024 to 2nd June 2028 .

EEM reserve the right to appoint maximum of 6 Suppliers onto each of the categories described below. For the avoidance of doubt we reserve the right to appoint up to 24 Suppliers across the below lots.

Lot 1 of this Framework will cover the supply of PPE.

Lot 2 of this Framework will cover the supply of Workwear.

Lot 3 of this Framework will cover the supply of Janitorial supplies.

Lot 4 of this Framework will cover the supply of Tools, Equipment and Signage.

For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire and to view the tender documents via Tenderbox access code 8E72D94P7.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Personal Protective Equipment (PPE)

Lot No

1

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 1 is being created to support Members with their requirement for the supply of Personal Protective Equipment supplies through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Breathing Apparatus

Eye and Face Protection

Fall Management

Head Protection

Hearing Protection

Respiratory Protection

Hand Protection

Safety Footwear

Body Protection

First Aid

two.2.5) Award criteria

Quality criterion - Name: Tender Assessment / Weighting: 30

Quality criterion - Name: Interview and Presentation / Weighting: 20

Cost criterion - Name: Pricing Schedule / Weighting: 35

Cost criterion - Name: Scenario / Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Workwear

Lot No

2

two.2.2) Additional CPV code(s)

  • 18130000 - Special workwear
  • 18140000 - Workwear accessories

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 2 is being created to support Members with their Workwear supplies for health and safety through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Trousers

Polo Shirts

Sweatshirts

T-Shirts

Fleece

Thermal Wear

Jackets

Hi-Visibility Clothing

Weather Wear

two.2.5) Award criteria

Quality criterion - Name: Tender Assessment / Weighting: 30

Quality criterion - Name: Interview and Presentation / Weighting: 20

Cost criterion - Name: Pricing Schedule / Weighting: 35

Cost criterion - Name: Scenario / Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Janitorial Supplies

Lot No

3

two.2.2) Additional CPV code(s)

  • 39830000 - Cleaning products

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 3 is being created to support Members with their provision of janitorial equipment, specifically referring to tools and machines used to maintain their buildings and facilities through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to Janitorial Supplies and Washroom Hygiene Supplies

two.2.5) Award criteria

Quality criterion - Name: Tender Assessment / Weighting: 30

Quality criterion - Name: Interview and Presentation / Weighting: 20

Cost criterion - Name: Pricing Schedule / Weighting: 35

Cost criterion - Name: Scenario / Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Tools, Equipment and Signage

Lot No

4

two.2.2) Additional CPV code(s)

  • 34992200 - Road signs
  • 35113100 - Site-safety equipment
  • 44423200 - Ladders

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 4 is being created to support Members with the supply of Tools, Equipment and Signage for safety or management purposes through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Ladders

Steps

Tools

Workplace Safety Equipment

Health and Safety

two.2.5) Award criteria

Quality criterion - Name: Tender Assessment / Weighting: 30

Quality criterion - Name: Interview and Presentation / Weighting: 20

Cost criterion - Name: Pricing Schedule / Weighting: 35

Cost criterion - Name: Scenario / Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the tender pack.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 24

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 April 2024

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 April 2024

Local time

2:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The call-off contract's to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement.

Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime.

Where the contract notice states a maximum of suppliers to be

appointed to the Framework. EEM reserves the right to appoint less than the numbers

stated. This framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of

their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this

framework agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3 partner consortia -

West Works (https://www.westworks.org.uk)

Advantage South West(https://www.advantagesouthwest.co.uk and South East Consortium

(https://www.southeastconsortium.org.uk)

A full list of current members is available at www.eem.org.uk

2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or

our partner consortia in accordance with the applicable constitutional documents;

3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding the authorised users of this framework can be found in the ITT documents.

For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire and to view the tender documents via Tenderbox access code 86E72D94P7.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

Country

United Kingdom